Colombia Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Laredo, TX
ID: 47PH0825R0006Type: Presolicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R7 PROG SUPPORT - CAPITAL AND IDIQFORT WORTH, TX, 76102, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is soliciting construction services for the Colombia Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project located in Laredo, Texas. The project entails the repair and replacement of approximately 470,000 square feet of pavement, including concrete and asphalt, with a focus on vehicular traffic lanes, shoulders, and parking areas, alongside necessary traffic control measures during construction. This small business set-aside contract, with an estimated value between $20 million and $30 million, requires completion within 360 calendar days, and proposals are due by November 18, 2025, at 3:00 PM CT. Interested contractors can contact Temica Stewart at temica.stewart@gsa.gov for further details and must attend a virtual pre-proposal conference on October 6, 2025, and a site visit on October 7, 2025, with prior registration required.

    Point(s) of Contact
    Files
    Title
    Posted
    The GSA RFP Number 47PH0825R0006 is a price proposal for the Colombia LPOE BRIC project in Laredo, TX. It details the cost breakdown for various work scopes, including a base scope for embankment and materials (concrete, asphalt, steel) in Areas A, B & C. The proposal also includes two options for additional work in Sites G, H, I & J (Option 1) and Sites D, E, F & K (Option 2), each with material costs for concrete, asphalt, and steel. Furthermore, the RFP outlines costs for Division 1, Division 31 Earthwork, and Division 32 Exterior Improvements. The document also provides sections for overhead, profit, bond, and insurance, culminating in a total evaluated price.
    The government file, Amendment 0002 to Solicitation #: 47PH0825R0006, addresses pre-proposal questions for the Colombia Land Port of Entry Border Roadway Improvement & Construction/Paving Project. It clarifies details regarding construction schedules, claims for delays, material quantities, utility locations, traffic control, and site access. The document specifies requirements for key personnel, project phasing, and the use of recycled materials. It also outlines expectations for project closeout, security clearances, and the process for addressing unforeseen conditions. A Geotechnical Engineering Report from February 15, 2024, is included, detailing subsurface conditions, pavement design recommendations, and construction considerations, emphasizing the use of Type V cement due to high sulfate content in the soil.
    The GSA Solicitation No. C201-SB GC/December 2023, dated May 11, 2016, outlines the process for GSA Affiliated Custom Accounts (GACA) for Google Drive and Google Sites. This initiative allows GSA employees, customers, and business partners to collaborate securely. Data stored on these systems is FIPS 140-2 compliant, requiring TLS 1.2 encryption. To access shared information, non-Google Apps for Government or Premier users must create a Gmail account starting with "GSA." and enable two-factor authentication. The document provides step-by-step instructions for account creation and enabling security features. GSA IT Security Staff will monitor shared sites and drives for compliance, with no further action needed if sharing with a Google Apps for Government or Premier user.
    The “Past Performance of the Company Questionnaire” (Solicitation Number 47PH0825R0006) is a critical component for evaluating construction firms bidding on the Colombia Land Port of Entry, Border Roadway Improvement & Construction/Paving Project in Laredo, TX. This questionnaire systematically assesses a contractor's past performance across several key areas: schedule adherence, budget management, quality of work, teamwork and cooperation, customer satisfaction, and safety. It requests detailed reference information for past contracts, including project specifics, costs, and types of construction. Through a series of structured questions, the document aims to gather comprehensive feedback on a contractor's ability to meet deadlines, manage costs, maintain quality, effectively collaborate with stakeholders, address unforeseen conditions, and implement robust safety programs. The evaluation culminates in an overall performance rating for the contractor and key staff, including a crucial question on whether the evaluator would re-contract with the firm, providing a holistic view of their capabilities and reliability for future government projects.
    The GSA Form 527, "Contractor's Qualifications and Financial Information," is a comprehensive document designed to collect essential data from contractors applying for federal government contracts. It covers general information such as organizational type, taxpayer ID, and business nature, alongside detailed financial disclosures including balance sheets, income statements, and banking information. The form also investigates any past bankruptcies, judgments, liens, contingent liabilities, or federal debt delinquencies. Furthermore, it requires information on government financial aid, details of current and completed construction/service contracts, and surety bond coverage. This rigorous data collection ensures the financial stability and reliability of contractors seeking to engage with the General Services Administration, aligning with federal regulations for transparency and accountability.
    GSA Solicitation No. 47PH0825R0006 outlines the "Offeror Representations and Certifications" for federal contracts, particularly for Highway, Street, and Bridge Construction (NAICS code 237310). It details mandatory representations and certifications, including those related to small business size standards ($45 million annual receipts for the primary NAICS code, 500 employees for certain end items), System for Award Management (SAM) registration, and various FAR clauses such as independent price determination, payments to influence federal transactions, and prohibitions on certain internal confidentiality agreements. The document also addresses Commercial and Government Entity (CAGE) codes, restrictions on telecommunications and video surveillance equipment (Section 889), Federal Acquisition Supply Chain Security Act (FASCSA) orders, responsibility matters for contracts over $10 million, and certifications regarding violations of arms control treaties. It highlights deviations for specific clauses and notes that SAM may include representations not required by current solicitations, which GSA will not consider.
    Standard Form 24 (SF 24) serves as a bid bond form, crucial for federal government RFPs, grants, and state/local solicitations. It ensures that a principal (bidder) will honor their bid by executing contractual documents and providing required bonds upon acceptance. The form outlines the obligations of the principal and surety(ies) to the United States of America, specifying the penal sum and conditions under which the obligation becomes void. Key conditions include timely execution of contracts and bonds post-acceptance, or payment to the government for costs exceeding the bid if the principal fails. The form details instructions for proper execution, including requirements for corporate and individual sureties, their liability limits, and the handling of co-surety arrangements. It also addresses extensions of bid acceptance time and emphasizes compliance with Treasury Department surety lists and GSA guidelines. This form is essential for guaranteeing bidder commitment and protecting the government's interests in procurement processes.
    The document outlines the "Border Roadway Improvement & Construction: Colombia LPOE, Laredo, TX" project, focusing on roadway repairs and paving replacement at the Colombia Land Port of Entry. It includes detailed plans for the overall site, existing utilities, staging area, temporary asphalt layout, erosion control, and pavement markings. The file also provides site-specific plans (A, B, C, D, E, F, G, H, J, K), embankment plans, drainage area maps, and general notes on paving, utilities, pavement markings, and signs. Traffic control plans (Phase 01, 02, 03, 04) for Site A are also detailed, emphasizing the project's comprehensive approach to infrastructure upgrades and maintenance at the port of entry.
    The U.S. General Services Administration (GSA) is soliciting construction services for the Colombia Land Port of Entry (LPOE) in Laredo, TX. The project, referenced as Sol. Reference No. 47PH0825R0006, involves the replacement and rehabilitation of approximately 470,000 square feet of concrete and asphalt pavement, including vehicular lanes, shoulders, and parking. It also encompasses surface and complete reconstruction of pavement depths between 10 and 13 inches, joint and crack seals, JRCP patching, and earth embankment stabilization. Traffic control will be essential to maintain access during construction. The contract has a performance period of 330 calendar days for substantial completion and 30 additional days for contract completion, with liquidated damages set at $1,415.00 per calendar day for delays. Key contractual terms include comprehensive insurance requirements, strict adherence to Buy American provisions, and detailed procedures for handling Controlled Unclassified Information (CUI). The document outlines various FAR and GSAR clauses, including prohibitions on certain telecommunications equipment and requirements for reporting biobased and recovered materials. The contract also features options for additional work at specific sites.
    The U.S. General Services Administration is seeking contractors for the Colombia Land Port of Entry Pavement Replacement/Repairs Project in Laredo, TX. The project involves removing and replacing approximately 470,000 sq ft of damaged pavement, including concrete and asphalt, to depths between 10 and 13 inches. Work also includes surface reconstruction, joint and crack sealing, earth embankment stabilization, and traffic control. The total period of performance is 360 days, with actual construction spanning 330 days. Contractors must comply with specific security requirements, GSA quality control standards, and sustainability mandates, including green purchasing and waste diversion. Liquidated damages of $1,415.00 per day apply for delays.
    The U.S. General Services Administration (GSA), Region 7 Public Buildings Service (PBS), Acquisition Management Division, has issued Solicitation/Request for Proposal No. 47PH0825R0006. This is a total small business set-aside for the repair and/or replacement of concrete pavements at the Colombia Land Port of Entry (LPOE) in Laredo, Texas. The project, titled "Colombia Land Port of Entry, Border Roadway Improvement & Construction/Paving Project," requires performance to begin within 120 calendar days and be completed within 360 calendar days after receiving notice to proceed. Offers are due by November 4, 2025, at 3:00 PM local time. The solicitation specifies requirements for sealed offers, potential performance and payment bonds, and government acceptance period for offers. The issuing office is the Acquisition Management Division at 819 Taylor Street, STE: 11A09, Fort Worth, TX 76102 USA.
    GSA Solicitation No. 47PH0825R0006 is a Request for Proposal (RFP) for a construction contract for the Colombia Land Port of Entry, Border Roadway Improvement & Construction/Paving Project in Laredo, TX. This solicitation is set-aside for Small Businesses with an estimated price range of $20,000,000 to $30,000,000. Proposals are due by November 4, 2025, at 3:00 p.m. CT, and must be submitted electronically to temica.stewart@gsa.gov. A virtual pre-proposal conference is scheduled for October 6, 2025, and a site visit for October 7, 2025, requiring prior registration and background checks. Proposals will be evaluated based on non-price factors (Past Performance, Past Experience, and Key Personnel, totaling 100%) which are significantly more important than price, though price becomes more important as technical merit equalizes. Offerors must provide a bid guarantee of 20% of the bid price or $3,000,000, whichever is less. The contract type contemplated is Firm-Fixed-Price. The INFORM process will be used for post-award communication, providing greater transparency to offerors.
    Similar Opportunities
    Provide Gravel Parking Area
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at their facility located at 2611 Vo Tech Drive, Weslaco, Texas. The project, titled "Operation River Wall," involves the design and construction of a 60,000 square-foot gravel pad, which includes site preparation, grading for drainage, and the installation of geotextile fabric, among other requirements. This procurement is a total small business set-aside, with an estimated project value between $25,000 and $100,000, and proposals are due by 3:00 PM local time on December 17, 2025. Interested contractors must be registered at SAM.gov and can arrange non-mandatory site visits by contacting Shawn Jenkins or Angela Barker via email.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Buyer not available
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    Border Patrol Station-Freer, Texas
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the design and construction of a new Border Patrol Station in Freer, Texas. This project involves creating a comprehensive facility that includes various structures such as an administration building, vehicle maintenance facility, and kennel, all situated on a 30-acre site, with a construction budget estimated between $25 million and $100 million. The contract will be awarded through a two-phase design-build process, with proposals due on January 16, 2026, and the anticipated award date in July 2026. Interested firms must register with the System for Award Management (SAM) and can contact Patricia Dickson or Nicholas Johnston for further details.
    Industry Day for Construction Projects at Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse Complex, San Juan, Puerto Rico
    Buyer not available
    The General Services Administration (GSA) is hosting an Industry Day for contractors interested in two significant construction projects at the Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse Complex in San Juan, Puerto Rico. The projects include non-structural seismic mitigation at the Nazario Courthouse and the construction of a new ten-story courthouse annex, both requiring contractors with experience in commercial and institutional building construction (NAICS code 236220). The total project magnitudes are estimated between $20 million and $40 million for the seismic mitigation and between $200 million and $260 million for the annex. Interested parties are encouraged to register for the virtual event scheduled for January 21, 2026, at 10:00 AM (AST) by completing the registration form provided in the notice. For further inquiries, contact Natalia Lugo-Vina Cruz at natalia.lugo-vinacruz@gsa.gov.
    U.S. General Services Administration (GSA) Seeking Office Space: Corpus Christi, Texas
    Buyer not available
    The U.S. General Services Administration (GSA) is seeking to lease office space in Corpus Christi, Texas, with specific requirements outlined in a presolicitation notice. The agency requires a minimum of 6,516 ABOA square feet and a maximum of 7,167 ABOA square feet of contiguous office space, which must accommodate 14 reserved structured parking spaces and meet various government standards for safety and accessibility. This space will be utilized by a customer-facing agency, necessitating a professional appearance and compliance with specific operational requirements, including daytime cleaning and 24/7 cooling for a LAN/server room. Interested parties should submit expressions of interest to Tyrel Likes at tyrel.likes@gsa.gov by December 19, 2025, with occupancy anticipated by July 1, 2027.
    REPAVE CGA, PSN 30134884
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    Pago Pago TSA Space Renovation, American Samoa
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the renovation of the TSA space at Pago Pago International Airport in American Samoa. The project involves replacing carpet and cove base, installing a kitchen cabinet system, and painting the entire TSA office area located in Tafuna Village. This renovation is crucial for maintaining the functionality and aesthetics of the TSA facilities, ensuring a safe and efficient environment for travelers. Interested contractors must submit their proposals electronically to the GSA Contracting Officer, Kasey Wilkie, by 4:00 PM Pacific Time on January 16, 2026, following the guidelines outlined in the solicitation package. For further inquiries, Kasey Wilkie can be reached at kasey.wilkie@gsa.gov or by phone at 702-408-7063.
    Renewal Option Lease in Brownsville, Texas - Redacted Justification
    Buyer not available
    The General Services Administration (GSA) is seeking to renew a lease for office space in Brownsville, Texas, as outlined in the justification document provided. This procurement aims to secure a suitable location for federal operations, ensuring continued access to necessary facilities for government functions. The leased office space is critical for maintaining effective service delivery and operational efficiency within the region. Interested parties can reach out to Michael Sianan at michael.sianan@gsa.gov or call 817-978-1504 for further details regarding the opportunity.
    Purchase and Installation of Heavy Duty Ramp
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the purchase and installation of a heavy-duty ramp system at its facility in Weslaco, Texas. The project aims to provide a modular ramp that allows safe access for trucks and boat trailers to an existing loading dock, accommodating a minimum load of 26,000 lbs, while adhering to strict safety and structural standards. This procurement is crucial for enhancing operational efficiency and safety at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their offers by 1:00 PM local time on December 10, 2025, via email to Shawn Jenkins, and may arrange a site visit by contacting either Shawn Jenkins or Angela Barker.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Buyer not available
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.